Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 7,1999 PSA#2361

Department of Transportation, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001

23 -- 23 -- ROUGH TERRAIN FORKLIFT SOL DTCG23-99-R-PSU012 POC Kathy Gregg, Contract Specialist, Phone 202-267-2523, Fax 202-267-4025, Email kgregg@comdt.uscg.mil -- Scott Palmer, Contracting Officer, Phone (202) 267-2489, Fax (202) 267-4019, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=DTCG23-99-R-P SU012&LocID=14. E-MAIL: Kathy Gregg, kgregg@comdt.uscg.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included with this notice. This commercial item acquisition is being conducted in accordance with subpart 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTCG23-99-R-PSU012 and it is being issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. This solicitation is a small business set aside. The standard identification code is 3537 and the small business size standard is 750 employees. The Coast Guard will award a firm fixed price contract for the purchase of six, 2 ton load capacity forklifts to be used at US Coast Guard port security units. a. The forklift shall be able to load and unload standard size containers (8_x8_x20_) with palletized materials in rough and soft terrain around the port security units. For the purpose of this specification sand and mud shall be considered as soft terrain, and unpaved roads shall be considered as rough terrain. b. While operating the forklift, the forklift operator shall be able to see both fork tips without leaving the forklift seat. c. The forklift shall have an adjustable seat for the forklift operator. The seat shall be able to be adjusted by sliding forward and backward to accommodate different size personnel. d. The forklift shall be able to lift and lower a 4,000 pound load. e. Have two or three speeds forward and one reverse speed. f. Be able to lift its load eight feet high. g. Have a diesel engine. h. Be able to attain forward speeds between 10 and 15 mph, and a reverse speed of 10 mph. i. Have a maximum height of 80 inches when the mast is stowed down. j. Have a maximum width of 80 inches. k. Have a suspension system which would allow for forklift to be towed at low speeds. l. Have selectable four wheel and two wheel drive capability. m. Be air transportable, including helicopter slinging. n. Have a curb weight of less 13,000 lbs. o. Have a minimum of two (2) flood lights located at the top front of the cab. These flood lights shall be powered by forklift_s own battery. p. Have two (2) rear view mirrors. q. Have an attached tool box located behind the forklift_s driver seat. r. Have selectable four wheel, two wheel and crab steering capability. s. Have a one (1) year parts and labor warranty. t. Have side-mounted mast controls which allow the operator to activate all mast functions without leaning forward. u. Have a parking brake that activates automatically anytime the transmission is in neutral, the engine shuts off, or the engine dies inadvertently. v. Have a single pedal that de-clutches transmission (inching) and that applies dual service brakes. w. Have a single quick check maintenance panel, hydraulic oil level sight gauge, hydraulic filter restriction gauge, and batteries that can all be checked at a single location. x. Have a 24-volt electrical system powered by at least 2 standard 12-volt/600 Ampere batteries. y. Have an easy access hood type opening to the engine oil fill port, radiator caps and engine accessories. z. Have a minimum 27-gallon (100 liter) fuel tank. aa. Have a pneumatic chassis, with a Clark TC-2 power shift with 2 or 3-speed inching control, a differential Sige Spicer (Dana) SD-420R outboard planetary and inboard wet-disc hydraulic brakes. Six forklifts shall be delivered to the Port Security Stations located in Camp Lejeune, NC; St. Petersburg, FL; Gulfport, MS; Port Clinton, OH; San Pedro, CA and Tacoma, WA. Inspection shall be in accordance with FAR 52.247-34 _ F.O.B. Destination. Packing and packaging shall be in accordance with good commercial practice to assure delivery at destination and to prevent deterioration of the equipment due to the hazards of shipping, handling and storage. Exposed metal shall be coated with light preservative, flood lights shall be bubble wrapped, user and maintenance manuals shall be provided with the forklift. These manuals shall be stored in the tool box located behind the forklift driver seat. Provision 52.212-1, Instructions to Offerors _ Commercial, applies to this acquisition. Offerors are reminded to read and follow the directions given in provision 52.212-1. The provision at 52.212-2, Evaluation _ Commercial Items is incorporated into this solicitation. The Government will award a contract to the responsible offeror whose offer, conforming to the solicitation requirements offers the lowest evaluated price. A. GENERAL INFORMATION: 1.The Government requires delivery of the equipment 120 days after contract award. 2. Offerors should submit warranty information with the proposal. B. EVALUATED INFORMATION: 1. Description of equipment which meets the requirements of the Government as listed above. Price will be evaluated as described at 52.212-2(b). Past performance information shall be provided as requested at 52.212-1(b)(10). Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification _ Commercial Items, with their proposal. Clause at 52.212-4, Contract Terms and Conditions _ Commercial Items, is incorporated by reference into the solicitation. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders _ Commercial Items, applies to this acquisition.) In addition, the following FAR clauses cited in 52.212-5 are applicable to this contract: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-3. There are no addenda to any of the above clauses or provisions. Proposals are due no later than 1400 on 22 June 1999 in Room 5218 at the address listed above. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a Coast Guard solicitation is unfair or otherwise defective should first direct their concerns to the cognizant Contracting Officer. If the Contracting Officer is unable to satisfy the concerns, the offeror should then contract the Coast Guard Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3)/2100 Second Street, SW/Washington, DC/20593-0001/Ph: (202) 267-2285, Fax: (202) 267-4011. Potential offerors should provide the following information to the Ombudsman in order to ensure a timely response: solicitation number, contracting office, Contracting Officer, and the solicitation closing date. For Minority, Women Owned, and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small Disadvantaged Business Utilization (OSDBU) has a program to assist minority, women-owned and disadvantaged enterprises to acquire short term working capitalassistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, please call the OSDBU at (800) 532-1169. Direct inquires to the contact listed above.***** Posted 06/03/99 (D-SN338708). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0222 19990607\23-0002.SOL)


23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page